Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2011 FBO #3568
DOCUMENT

S -- Waste Removal services at VAMC Lexington, KY - Attachment

Notice Date
8/30/2011
 
Notice Type
Attachment
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of Veterans Affairs;VISN 9 ASC (90C);1639 Medical Center Parkway, Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24911RQ0578
 
Response Due
9/12/2011
 
Archive Date
10/12/2011
 
Point of Contact
Kimberly Carson
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in far subpart 12.6-streamlined procedures for commercial items, in conjunction with far subpart 13 and as supplemented with additional information included in this notice. This is a Service-Disabled Veteran-Owned Small Business Set-Aside requirement only qualified offerors may submit bids. Solicitation VA-249-11-RQ-0578 is issued as a Request for Quotation (RFQ) and constitutes the only solicitation, a written solicitation will not be issued. NAICS Code is 562111 and size standard is $12.5M. Any firm that does not meet the capability and size standard under this NAICS code should not submit a response to this notice. Wage determination WD 2005-2221 Revision 12 dated 06/13/2011 applies to this request and can be accessed at the below link: http://www.wdol.gov/wdo/scafiles/std In order to be considered for a government award, the firm must be registered in CCR @ www.ccr.gov and be capable of furnishing all labor, material, and equipment vehicles for trash and refuse services at the Lexington VA Medical Center - Leestown Division: 2250 Leestown Road, Lexington, KY 40511 and Cooper Division: 1101 Veteran Drive, Lexington, KY 40502. The government intends to award one contract for both divisions. In order to be responsive, the firm must offer a quote on all itemized items and total base year including all option years pricing as provided in the attached pricing form. Cooper Drive Division: The contractor shall furnish all labor, equipment, vehicles and materials necessary for collection and disposal of trash and refuse from the Government Owned 40 Cubic Yard Sani-Pak Trash Compactor into an approved landfill that meets all of local, state, and federal laws for proper disposal of contents. Container shall be picked up between the hours of 8:00 a.m. and 9:30 a.m. every Monday and Thursday during the contract period. There is approximately 9 tons of trash accumulated weekly. Contents are 70% general trash and 30% autoclaved medical waste. No needles/sharps/pathological/chemotherapy waste is included. Leestown Division: The contractor shall furnish all labor, equipment, vehicles and materials necessary for collection and disposal of solid waste. Container shall be picked up between the hours of 6:00 a.m. and 10:30 a.m., Monday through Friday, as specified below: a. 30 cubic yard compactor (government-owned)1 ea. b. 42 cubic yard compactor (contractor-furnished)2 ea. c. 8 cubic yard containers, front-end loading type7 ea. (contractor-furnished per specifications) SCHEDULE OF PICK-UP FREQUENCY AND LOCATIONCODE: X = Day of Pick-up - = Day of NO Pick-up BUILDING LOCATIONSIZE CONTAINERFREQUENCY PER WEEKPICK-UP DAYS SMTWTFS 25 Leestown Road8 Cubic Yard1-----X- 28 Leestown Road8 Cubic Yard3-X-X-X- 29 Leestown Road8 Cubic Yard5-XXXXX- 17 Leestown Road8 Cubic Yard2--X--X- 47 Leestown Road8 Cubic Yard1-----X- 2 Canteen Area Leestown Road8 Cubic Yard2--X--X- 12 Leestown Road8 Cubic Yard1-----X- 3 Leestown Road30 Cubic Yard (VA Owned compactor)2--X--X- 22 Leestown Road42 Cubic YardServices provided on an as-needed basis. Contractor will be notified by Engineering Service one (1) day prior to dumpster(s) to be emptied. 1. HOURS OF COLLECTION: Collections will be provided at the VA Medical Center, Leestown Road Division between the hours of 6:00 a.m. and 10:30 a.m. Hours/Day of pickup and delivery of compactor will be provided at the VA Medical Center. Cooper Drive Division between the hours of 8:00 a.m. and 9:30 a.m. on every Monday and Thursday during the contract period. 2. APPROXIMATE ACCULULATION OTHER THAN SANI-PAK: Approximately 2 to 4 million pounds of trash will be accumulated annually and require removal. The approximate weight of accumulation is furnished for information only. The contractor agrees to remove the entire accumulation of trash and non-edible garbage at the monthly rate quoted herein. Extra pick-ups may be required in addition to the scheduled pick-ups and shall be billed at the per pull rate. 3. SIZE AND TYPE OF CONTAINERS: Containers to be furnished by the contractor shall be comparable in design and fabrication to containers manufactured by Dempster Brothers, Inc.; Lodal, Inc.; AE Rausenbach, Inc.; or equal; and shall be or exceed sizes and capacities as shown in the Schedule of Containers. The containers are to be equipped with top lids and side doors. Stop latches and release chains are to be open on all three (3) yard and over top-loaded containers. These latches must hold lids open at stops approximately 30 degrees, 60 degrees and 90 degrees, for the convenience s of the user. All larger containers shall be leak proof and containers used for putrescible waste shall be drain-fitted with a threaded plug to facilitate washing. Latches on end doors shall be spring-loaded so the doors will latch automatically when closed. Contractor furnished, 42 cubic yard containers located by Building 117, and Building 20 Leestown Road Division, shall be an open-top container. 4. SIZE AND TYPE OF VEHICLES: The pick-up and hauling vehicle shall incorporate a leak proof body with replaceable door seals and shall be fully enclosed. Vehicles shall be equal to or comparable in design and specification to the equipment manufactured by Dempster Brothers, Inc.; Lodal, Inc.; AE Rausenbach, Inc.; or equal with lifting capacity capable of picking up and dumping containers with capacities shown in Schedule. To prevent unreasonable delay in servicing collection stations caused by breakdown of mechanical containers handling vehicle a standby vehicle, with duplicate handling mechanism, shall be provided by the Contractor. A mechanically operated cover shall be incorporated on the vehicle to operate in such a manner as to protect the container in dump position from the wind and to prevent the spillage of materials across the back of the truck during dumping operations. Adequate measures will be taken at all times to prevent spillage or scattering of the truck contents by wind or other means. 5. DELIVERY OF WEIGHT TICKETS/MANIFESTS: A Non-hazardous Special Waste Manifest and a landfill weight ticket showing total of weight disposed in the landfill shall be faxed to VA Engineering Service at (859-281-3991) the following business day after a pick-up and delivery by the contractor. 6. PAYMENT:Contractor shall submit an invoice MONTHLY in arrears for services performed during the month. All invoices will include the contract number, purchase order number and dates of services. Each invoice shall provide itemized listing for pick-up/delivery fee for each date service was provided. Submit invoices to: Chief, Fiscal Service (04), VA Medical Center, 1101 Veterans Drive, Lexington, KY 40502-2236. 7. RECYCLING: Recycling Services are not mandatory for this facility. Valid proposals will be considered as an option by VA. NOTE: Currently there is a temporary 30 cubic yard open container at the Cooper Drive Division in place of the 8 cubic yard container that is normally located there under this contract. At Leestown the container that was assigned to Bldg 117 will now be located at Bldg 22. Award will be made to the lowest price quote which conforms to the requirements within this solicitation. Submitting Quote: Contractor shall submit their quote on company letterhead and shall include the completed pricing forms, along with name, address, telephone number of the offeror, firm's DUNS#, overall total price for base year and all option years, and completed copy of Clause 52.212-3 Offerors Representations and Certifications- Commercial Items, or vendor's ORCA document. Additionally, the Contractor shall provide a minimum of three (3) Past Performance references. NOTE: If claiming SDVOSB, firm must be registered and CVE verified in VetBiz Registry www.vetbiz.gov. Quotes must be received September 7, 2011 by 3:00 PM CST. Email your quote to Kimberly.carson@va.gov or mail to the following address: Department of Veteran Affairs, Network Contract Activity, VISN 9, ATTN: Kim Carson, 1639 Medical Center Parkway, STE 400, Nashville TN, 37129. Applicable provisions apply to this acquisition: 52.204-7- Central Contractor Registration; 52.212-1-Instructions to Offerors-Commercial Items; 52.212-2 Evaluation -Commercial Items; 52.212-3, Offeror Representations and Certifications-Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs: 52.232-18 Availability of Funds, 52.232-19, Availability of Funds for next Fiscal Year, 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration; 52.333-3 Protest After Award; 52.217-8 Option to Extend Services; 52.217-9 Option to extend the term of the contract; 52.243-1 Changes - Fixed Price. Full text can be obtained at www.acquisition.gov/far. PL- 109-461 - The Veterans Health Care, Benefits, and Information Technology Act sections 8147 and 8148 of 38 USC, VAAR 852.237-70 Contractor Responsibilities, 852.237-76 Electronic Invoice Submission, 852.203-70 Commercial Advertising, 819-7005 Service-disabled veteran-owned small business set-aside concerns, and 819-307 SDVOSB/VOSB small business status protests. DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or enter into the award a contract to any firm or its affiliates or otherwise pay for the information provided in this synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24911RQ0578/listing.html)
 
Document(s)
Attachment
 
File Name: VA-249-11-RQ-0578 VA-249-11-RQ-0578.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=245355&FileName=VA-249-11-RQ-0578-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=245355&FileName=VA-249-11-RQ-0578-000.docx

 
File Name: VA-249-11-RQ-0578 PRICING FORM_02.PDF (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=245356&FileName=VA-249-11-RQ-0578-001.PDF)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=245356&FileName=VA-249-11-RQ-0578-001.PDF

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02555023-W 20110901/110830235430-6af00a7bb32ca31f38021fc05f64c75b (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.